MQ-4C & MQ-25A Rolls Royce Peculiar Support Equipment
ID: N6833525Q0182Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

NAICS

Saw Blade and Handtool Manufacturing (332216)

PSC

AIRCRAFT GROUND SERVICING EQUIPMENT (1730)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 19, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to procure specific Peculiar Support Equipment (PSE) from Rolls Royce Corporation for the MQ-4C Triton and MQ-25A Reaper Unmanned Air Systems. The contract will involve the acquisition of several specialized items, including various pullers and engine removal covers, which are critical for the operational support of these unmanned systems. Rolls Royce Corporation is the Original Equipment Manufacturer (OEM) for these parts, and the procurement will be conducted on a sole source basis due to the proprietary nature of the data rights associated with the items. Interested parties must submit their responses by April 3, 2025, to Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil, as the government will not issue a solicitation unless alternate offerors are identified.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
59--ROTOR POSITIONING U, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Rotor Positioning Unit (NSN 7R-5990-014606390-V2) specifically for the V22 platform. The procurement involves a sole source solicitation to Woodward HRT Inc, the Original Equipment Manufacturer (OEM), as there are no available drawings or data for this part, and the government does not possess the rights to procure it from other sources. Interested parties are invited to submit capability statements or proposals within 45 days of the notice, with the solicitation expected to be issued on April 7, 2025, and a closing date of May 7, 2025. For further inquiries, Rebecca L. Jordan can be contacted via email at rebecca.jordan@navy.mil.
F-405 Engine Contractor Logistics Support (CLS) FY27-32
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a sole source Indefinite Delivery Indefinite Quantity (IDIQ) contract to Rolls Royce Corporation, LLC for contractor logistics support (CLS) for the F-405 engine from FY27 to FY32. This procurement encompasses all Intermediate (I)-level and Depot (D)-level maintenance and logistics support for the F405-RR-401 engine and MK II Gas Turbine Starter (GTS) used in the T-45 Goshawk aircraft, which is critical for the Naval Undergraduate Training Systems Program Office. The contract will be executed primarily at NAS Kingsville, TX, with additional efforts at NAS Meridian, MS, and NAS Pensacola, FL, among other locations, and is justified under FAR 6.302-1 due to Rolls Royce being the sole manufacturer with the necessary technical data and expertise. Interested parties may express their capabilities to the primary contact, Ronald Parry, at ronald.r.parry.mil@us.navy.mil, prior to the closing date of the synopsis, although no competitive proposals will be solicited.
31--SHEAVE ROLLER
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is seeking proposals for the procurement of 35 units of Aircraft Sheave Roller, identified by NSN 1H-3110-015380198-SQ and part number 4491153-52. This procurement is critical as the sheave roller is a component of the Sub Antenna Systems, and the government intends to solicit full and open competition for these spare parts, which are exclusively available from the Original Equipment Manufacturer (OEM). Interested parties must submit their capability statements or proposals by May 6, 2025, with the anticipated award date set for May 21, 2025. For further inquiries, contact Jessica Grzywna at jessica.t.grzywna.civ@us.navy.mil or by phone at (215) 697-5095.
16--CONTROL AND STATUS
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of two units of a flight-critical part identified by NSN 7R-1680-015827988-E7. This procurement requires engineering source approval due to the unique design capabilities and manufacturing knowledge necessary to maintain the quality of the part, which is not readily available to the Government. Interested vendors must be approved sources or submit detailed information for source approval, as the contract will not be awarded without this approval, and the Government intends to negotiate with only one source under FAR 6.302-1. Proposals must be submitted within 45 days of this notice, and interested parties can contact Hayden Young at (215) 697-2928 or via email at HAYDEN.J.YOUNG3.CIV@US.NAVY.MIL for further details.
15--AILERON-RUDDERVATOR
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking proposals for the procurement of the Aileron-Ruddevator, identified by NSN 7R-1560-015252246-RQ, with a quantity of 7 units required for delivery FOB origin. This procurement necessitates engineering source approval from the design control activity to ensure the quality of the part, as it is flight critical and requires unique design capabilities and manufacturing knowledge that are not readily available to the Government. Interested vendors must be approved sources or submit detailed information for source approval, as outlined in the NAVSUP Source Approval Information Brochures, with proposals due within 45 days of this notice. For inquiries, contact Carmelena C. Oldroyd at (215) 697-2606 or via email at CARMELENA.C.OLDROYD.CIV@US.NAVY.MIL.
16--ARM ASSEMBLY,TORQUE
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to procure 14 units of the ARM ASSEMBLY, TORQUE (NSN: 0Q-1620-017062722-UH, P/N: 06700-85001-047) from Sikorsky Aircraft Corp, the Original Equipment Manufacturer (OEM) and sole source for this item. This procurement is critical for maintaining aircraft landing gear components, ensuring operational readiness and safety. The solicitation will be conducted on a sole source basis, with proposals accepted from all responsible sources within 45 days of this notice, although the government anticipates awarding the contract to Sikorsky. Interested parties should submit their capabilities and qualifications via email to Anna M. Kiessling at anna.m.kiessling.civ@us.navy.mil, with the anticipated award date set for July 2025.
Repair of Virginia Class Propulsor Rotor Assembly
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting qualified contractors for the evaluation, repair, and modification of a VA Class Propulsor Rotor Assembly, specifically NSN 2S 2010-01-534-8269 P2, with a quantity of one unit. The procurement requires adherence to detailed technical specifications and compliance with Navy regulations, including inspections, repairs, and post-repair processes such as painting and balancing, all while ensuring confidentiality and quality control. This opportunity is critical for maintaining the operational readiness of naval vessels, with a delivery deadline set for July 24, 2026. Interested vendors must submit firm fixed-price quotations by April 21, 2025, and can contact Jeffrey Dietrich at 717-605-4078 or via email at jeffrey.dietrich@navy.mil for further information.
30--DR PULLEY BUSH ASSY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 12 units of the DR Pulley Bush Assembly, identified by NSN 3H-3020-016877256-SQ. This procurement is critical for submarine logistics, as the item is essential for operational readiness, and the government intends to solicit full and open competition, although it is expected that the award will be made to the Original Equipment Manufacturer (OEM) due to the lack of available drawings or data for alternative sources. Interested parties must submit their capability statements to the primary contact, Jessica Grzywna, at jessica.t.grzywna.civ@us.navy.mil, within 15 days of this notice, with the solicitation expected to be issued around April 4, 2025, and proposals due by May 6, 2025.
15--FLAP,WING LANDING - AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 50 units of flight-critical replacement parts, specifically NSN 7R-1560-015919728-QE, as part of a presolicitation notice. These parts require engineering source approval to ensure quality and reliability, necessitating that only approved sources may submit proposals, as the technical data available does not support full and open competition. The procurement is crucial for maintaining operational readiness, and interested parties must provide necessary documentation for source approval along with their proposals, as submissions lacking required data will not be considered. For further inquiries, Tara R. Hartung can be contacted at (215) 697-4295 or via email at TARA.HARTUNG@NAVY.MIL, with a proposal submission deadline of 45 days from the notice publication date.
REF SYSTEM MARINEPK
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of the REF SYSTEM MARINEPK, which involves the manufacture and supply of specialized machinery components. This contract requires compliance with various quality assurance and inspection standards, including government source inspection, and mandates that all items meet specific design and marking requirements as outlined in the contract documentation. The successful contractor will be responsible for ensuring that all products conform to the prescribed specifications, with a focus on timely delivery and adherence to quality standards. Interested parties should contact Joshua Eshleman at 717-605-6055 or via email at joshua.j.eshleman@navy.mil for further details, and note that the RFQ has been extended to April 11, 2025.